Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

28 -- John Deere Tractor Engine

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B3V14121A901
 
Archive Date
7/25/2014
 
Point of Contact
Carol a Loague, Phone: 580-481-7261, ,
 
E-Mail Address
carol.loague@us.af.mil,
(carol.loague@us.af.mil, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
The 97th Contracting Squadron hereby issues the following combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quote is being requested and a written solicitation will not be issued. This is a Total Small Business Set Aside Solicitation number F1B3V14121A901 is hereby issued as a FOB Destination Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. This acquisition is classified under North American Industry Classification System code 443120 with a size standard of 100 Employees. In order to be considered a responsive offeror, the offeror must qualify as a Small Business under NAICS 443120. Please ensure that the offeror's SAM (previously known as CCR and ORCA) reflect the business size under NAICS CODE 443120. Also ensure that SAM info has been updated to be eligible for award. A Firm-Fixed Price purchase order will be issued in writing. Altus AFB, Oklahoma has a Brand Name requirement; Engine for John Deere Tractor 4.5L Diesel Part # 4045TF270BASE Serial # PE4045T939671 Core CRPE4045T93967 This engine must be compatable and replace the engine that matches the above serial number. The Request for Quote (RFQ), F1B3V14121A901 is being issued on 12 June 2014, with a closing date of 10 July 2014. No later than 4:30 P.M. Award will be based on lowest price. Please send any questions or request to 97 CONS/LGCA, ATTN: Mrs. Carol Loague, Contracting Officer at (580) 481-7261, or email Carol.Loague@us.af.mil. 308 N. 1st, Suite 2301, Altus AFB, OK 73523. You may also send a fax to (580) 481-5138. Alternate P.O.C. is The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st St., Suite 2301, Altus AFB, OK 73523 at or before (4:30 P.M) CST, 7 July, 2014. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or emailed to johnross.kavanagh.gb@us.af.mil. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.203-3, Gratuities (Apr 1984), FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010), FAR clause 52.204-7, Central Contractor Registration (July 2013), FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013), FAR clause 52.212-4, (May 2014), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A System for Award Management (May 2013), FAR clause 52.212-4(c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) which may be changed unilaterally by the Government. The FAR clause 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2014) and its deviations (Nov 2012) applies to this acquisition and is incorporated by reference. Paragraph (a), (b), and (c) of the clause incorporate by reference the following FAR clauses: 52.222-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Jul 2013), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.219-8, Utilization of Small Business Concerns (May 2014), FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Set-Aside (Nov 2011), FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 222-35,Equal Opportunity for Veterans (Sep 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Veterans (Sep 2010), FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Jul 2013), FAR 52.222-41 Service Contract Act of 1965 (May 2014), FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011), FAR 52.219-28, Post-Award Small Business Program Representation (July 2013), FAR 52.222-1, Notice to the Government of Labor Disputes (Feb1997), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25, Affirmative Action Compliance (Apr 1984), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-41, Service Contract Act of 1965 (May 2014), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014), In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Laborer WG-2 Step 2 (12.81) Fringe:36.25% (End of clause) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009), FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011), FAR 52.223-10, Waste Reduction Program (May 2011), FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008), FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Dec 2012), FAR 52.232-1, Payments (Apr. 1984), FAR 52.232-23, Assignment of Claims (May 2014), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Jul 2013), FAR 52.233-2, Service of Protest (Sep 2006), FAR 52.233-3, Protest After Award (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.237-1, Site Visit (Apr 1984), FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb1998) FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998), FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), FAR 52.253-1, Computer Generated Forms (Jan 1991), DFARS 252.201-7000, Contracting Officer's Representative (DEC 1991) DFARS 252.203-7000, Requirements Relating to Compensation for Former DoD Officials (Sep 2011), DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Feb 2014), DFARS 252.211-7003, Item Identification and Valuation (Dec 2013), DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving (Jun 2012), DFARS 252.232-7010, Levies on Contract Payments (Dec 2006), DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991), DFARS 252.243-7002, Request for Equitable Adjustment (Dec 2012), DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2008), AAFARS 5352.201-9101, Ombudsman (Apr 2014), AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012), AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012), AAFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012). LOCAL AT INFO 6 May 2011 Altus Air Force Base has an antiterrorism program that is responsible for helping secure and protect the base and its personnel from terrorist attacks. As a contractor working on Altus Air Force Base, you and your sub-contractors are required to obey all orders from Security Forces, and participate in and adhere to all security measures implemented during exercises, or real-world Force Protection Condition changes (security posture changes). Additionally, you and your sub-contractors are expected to report to base security forces any suspicious activities, packages, or items you see while conducting work on Altus Air Force Base. Suspicious activities could include personnel conducting surveillance of the installation, unauthorized personnel requesting access to the installation, or somebody asking a lot of questions about the base. In an effort to help familiarize you, your employees, and sub-contractors about antiterrorism, Altus Air Force Base has an Antiterrorism binder with all of the pertinent information for awareness training available for review at Pass and Id, 2nd floor Building 52, Altus Air Force Base, Oklahoma. LOCAL IP-Security Information 29 June 2011 Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Altus AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Altus AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB, Oklahoma. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access. No telephonic responses will be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B3V14121A901/listing.html)
 
Place of Performance
Address: Altus AFB, Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN03414354-W 20140705/140703235202-d6ef071d044d0d6b5d888627c40b4c43 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.